OHARNG Intrusion Detection System
ID: W91364-25-Q-A058Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NU USPFO ACTIVITY OH ARNGCOLUMBUS, OH, 43235-2712, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Ohio Army National Guard (OHARNG) is soliciting bids for a Joint Operations Center Personal Electronic Device Surveillance System, identified by Solicitation Number W91364-25-Q-A058. This procurement includes the acquisition of a Ferromagnetic Portal and a Wireless Intrusion Detection System, both of which are essential for enhancing security measures at the Joint Operations Center. The opportunity is set aside for small businesses, specifically those that are Women-Owned Small Businesses (WOSB), and all products must be either Made in the USA or TAA Compliant. Interested vendors must submit their quotes by 12:00 PM on September 16, 2025, through SAM.gov, and are encouraged to include detailed product specifications and their SAM Cage code or DUNS number. For further inquiries, potential offerors can contact Herbert L. Brown at herbert.l.brown24.civ@army.mil or Claudia Tenaglia at claudia.j.tenaglia.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Ohio Army National Guard is seeking bids for a Joint Operations Center Personal Electronic Device Surveillance System, identified by Solicitation Number W91364-25-Q-A058. This is a Total Small Business Set-Aside with NAICS code 334511 and a size standard of 1,350 employees. All products must be Made in the USA or TAA Compliant. Quotes must include detailed product information and will be evaluated based on cost and compliance with the Statement of Work, leading to a Firm Fixed Price Contract. Respondents must be registered in SAM.gov and include their SAM Cage code or DUNS number. Quotes are due by 12:00 PM on September 16, 2025, and must be submitted via GSA Advantage. Questions must be submitted in writing to herbert.l.brown24.civ@army.mil.
    This government solicitation, W9136425QA0580002, issued by W91364 USPFO Activity OH ARNG, is for a Women-Owned Small Business (WOSB) to provide and install a Joint Operations Center Personal Electronic Device Surveillance system. The required items include a JOC Ferromagnetic Portal and a Wireless Intrusion Detection System, both with firm-fixed-price arrangements. The solicitation details specific delivery dates, inspection, and acceptance locations. It also incorporates numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including those related to Item Unique Identification and Valuation, Wide Area WorkFlow payment instructions, and various socio-economic and ethical requirements. Offerors must comply with these regulations, including prohibitions on certain telecommunications equipment and the requirement for electronic invoice submission via WAWF. The document emphasizes compliance with supply chain security acts and other legal and executive order mandates.
    This government file, Amendment of Solicitation/Modification of Contract (Standard Form 30), details an amendment to solicitation number W9136425QA058, issued by W7NU USPFO ACTIVITY OH ARNG. The amendment, number 0002 with an effective date of September 12, 2025, reissues the requirement and corrects the NAICS code from 334290 to 334511, and increases the size standard for employees from 800 to 1350. Additionally, the response due date for offers has been extended from August 29, 2025, to September 16, 2025. Offerors must acknowledge receipt of this amendment to ensure their offer is considered.
    This document is an amendment to Solicitation/Modification Number W9136425QA058, issued by USPFO ACTIVITY OH ARNG. The amendment, effective August 15, 2025, extends the response due date for offers from August 13, 2025, to August 29, 2025, and changes the response due time zone from Eastern Standard Time (UTC -5) to Eastern Daylight Time (UTC -4). Additionally, it modifies the delivery information for CLINs/SLINs/ELINs 0001 and 0002, extending the delivery on or before date from September 15, 2025, to October 15, 2025. This amendment also updates the contact information (email and telephone) for the Point of Contact. Offerors must acknowledge receipt of this amendment to ensure their offers are not rejected. All other terms and conditions of the original solicitation remain unchanged.
    The document is a federal government solicitation and contract form (Standard Form 1449) for commercial products and services, specifically a Women-Owned Small Business (WOSB) set-aside. It details the acquisition of a Joint Operations Center Personal Electronic Device Surveillance system for the OHARNG, including a ferromagnetic portal and a wireless intrusion detection system. Key aspects include delivery dates, inspection and acceptance procedures, and a comprehensive list of Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses incorporated by reference and full text. These clauses cover various legal and operational requirements such as unique item identification, payment instructions via Wide Area WorkFlow (WAWF), prohibitions on certain hardware/software, and supply chain security. The document emphasizes compliance with federal regulations, reporting requirements, and ethical conduct for contractors and subcontractors.
    The Ohio National Guard requires a Joint Operations Center Personal Electronic Device Surveillance system, as outlined in their Statement of Work. This system comprises two main components: a Ferromagnetic Portal and a Wireless Intrusion Detection and Deterrent Alert System. The Ferromagnetic Portal, with a quantity of one, must detect ferrous materials in various electronic devices and weapons, operate in multiple configurations (freestanding, wall-mounted, unidirectional, bidirectional, omnidirectional), scan areas up to 64" wide and 75" high, and have an internal battery with AC power capability. The Wireless Intrusion Detection and Deterrent Alert System, also with a quantity of one, needs to detect various wireless transmissions (2G-5G, WiFi, Bluetooth), be freestanding or wall-mountable (approx. 18x23x14 inches), provide audible and visual alerts, use existing power with a 2-5 hour battery backup, include a passcode lock, be self-contained, and be transportable by one person (under 50 lbs.). Vendors must provide all specified capabilities and quantities for both systems.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Loading similar opportunities...